Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2003 FBO #0601
SOLICITATION NOTICE

59 -- Garwin 5 Deluxe

Notice Date
7/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ099883
 
Response Due
8/6/2003
 
Archive Date
8/21/2003
 
Point of Contact
Edith Young, Contracting Officer, Phone 703-339-2744, Fax 703-339-2750, - Edith Young, Contracting Officer, Phone 703-339-2744, Fax 703-339-2750,
 
E-Mail Address
eyoungfbi@aol.com, eyoungfbi@aol.com
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-14. This solicitation is under the Simplified Acquisition Procedures (SAP) for small business-set-aside. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. The North American Industry Classification System (NAICS) is 334220 and Business Size Standard is 750 employees. This will be a Firm-Fixed price contract all or none one time buy for the acquisition of the following Garmin 5 Deluxe GPS equipment brand name or equal. This item will be required in a quantity of two hundred and fifty. The system shall consist of the following: Garmin 5 Deluxe GPS receivers with external mag mount antennas, power/data cables with cigarette lighter plug and Map Source mapping software. Garmin GPS 5 Deluxe receiver with accessories, brand name or equal. The following accessories, brand name or equal, shall be required in the quantities as stated above: Pricing shall be required for all items as identified. The following are the minimum salient characteristics for the Garmin 5 Deluxe. GPS shall have 12 channel GPS receiver; accepts external antenna source; Bar graph display all satellites signal strength on screen; computer interface capability in the NMEA 183 format; minimum external operating voltage range of 10-32 VDC; shall be water proof; must have built in flash memory; physical dimensions of not more than (WxHxD) 6x4x3 inches; and shall have WAAS capability. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an "equal" product the offered items shall be considered the brand name product as referenced in this announcement. If offering an equal product the brand name of the product furnished shall be clearly identified on the proposal. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available the vendor must furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristic of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of proposed modification and clearly mark any descriptive material to show proposed modification. Warranty period shall be at a minimum for one year after acceptance of the equipment. Destination FOB-Delivery -FBI Attn: Support Services Spvsr Bldg 27958A Quantico, VA 22135. All bids shall be mailed to the address listed in the announcement no later than 1:00p.m. EST, August 6, 2003 and clearly marked with the RFQ # 099883. No hand carried quotes will be accepted. Fax quotes will be accepted and are encouraged at (703) 339-2750. The point of contact for information is Edith M. Young Contract Specialist, at the address and phone number listed above. All potential bidders are hereby notified due to security requirements, Federal Express, DHL,UPS, deliveries for the FBI Headquarters facility are now received at an off-site location, therefore the normal response time of 15 days is in effect and faxed response are encouraged to insure timely receipt. Vendors are hereby notified that if your proposal is not received by the date/time and at the specified location in this announcement, your bid will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition. Full text clauses and provisions can be obtained at http://www.acqnet.gov. FAR provision 52.212-1 Instruction to Offerors- Commercial Items (Oct 2000); FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (June 2003). The following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Jul 1995); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-1 Buy American Act -Supplies (June 2003) FAR 52.225-3 Buy American Act-North American Free Trade Agreement Israeli Trade Act- (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). Each offeror shall include a completed copy of the FAR provision 52-212-3 Offeror Representations and Certification Commercial Items (June 2003); FAR 52.211-6 Brand Name or Equal (Aug 1999). The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at:http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR clause 2852.201.70 Contracting Officers Technical Representative (COTR)(Jan 1985) will be supplied upon award; 2852-233-70 Protest Filed Directly with the Department of Justice (JAN 1998); and 2852.211.70 Brand Name or equal (Jan 1985). All responsible offerors may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. Past Performance-offeror shall provide at a minimum the names and telephone numbers of three customers that have acquired the same or similar products for past performance evaluation. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). The following factors shall be used to evaluate offers. Technical and past performance when combined are significantly more important than price. The ability to meet the technical requirements and past performance in descending order. Technically acceptable quotes must show that the offeror can meet the requirement of the Government. Quotes must state name, address and the RFQ number. An award will be made within fifteen days (15)after closing date.
 
Place of Performance
Address: ERF Bldg. 27958A, Quantico, VA
Zip Code: 22135
 
Record
SN00376306-W 20030723/030721213406 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.